Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

C -- Engineering and related services within the Charleston District and assignments. Indefinite delivery, indefinite quantity contract with basic and two option years.

Notice Date
6/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Charleston - Civil Works, 69-A Hagood Avenue, Charleston, SC 29403-5107
 
ZIP Code
29403-5107
 
Solicitation Number
DACW60-02-R-0004
 
Response Due
7/9/2002
 
Archive Date
8/8/2002
 
Point of Contact
Grace Dorn, (843) 329-8085
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Charleston - Civil Works
(Grace.Dorn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries and assignments of the Charleston District. The selected firm will be responsible for performing various types of engineering and re lated services for various projects varying in size and complexity. The work will require the services of civil and hydraulic engineers, biologists, chemists, and archaeologists, along with economists, statisticians, mechanical, electrical, structural, ge o-technical, fire protection, and environmental engineers, and architects along with CADD persons, surveyors, and miscellaneous support personnel. Additional services required by A-E are furnishing boats, sampling equipment, and laboratory analysis of sedi ment, water, and benthic samples. The firm must have the ability to perform the work for the Government in addition to its own existing workload without sacrificing quality or timeliness to the Government. The firm shall have sufficient qualified technic al, supervisory, and administrative personnel to insure completion of the work in a conscientious and expeditious manner. Technical disciplines to be provided will include professional and semi-professional people in civil, hydrologic, biological, chemica l, geologic, environments, archaeological, economic, mechanical, electrical, structural, geo-technical, fire protection, and architectural areas. Firms will be required to perform a wide range of services such as preparing reconnaissance and/or feasibilit y studies and reports for civil works planning, cultural resources surveys, and environmental impact statements. Typical civil works projects and studies include environmental impact documents, navigation, flood control and flood plain management, shore a nd hurricane protection, water supply regulatory programs, emergency response and recovery, outdoor recreation water/sediment quality to include collection of samples for physical,chemical, and biological analysis, statistical analysis, aquatic plant contr ol, fish and wildlife conservation/studies, benthic infaunal surveys, archaeological surveys, and economic evaluations. Firms shall have general design capabilities such as specification writing, preparation of construction plans and estimates for work su ch as buildings, fire protection systems, parking lots, roads; rehabilitation and/or alterations of structures; and general engineering work such as drainage, grading, and site development. The firm should have surveying capabilities to produce topographi c drawings for various projects. Firms are desired with experience in identifying topography using latest industry standards; all existing physical features pertinent to the site (structures), utilities, ground covers, fencing and the like); survey contro l based on National Geodetic Survey sea-level datum. All final plans shall be submitted in Intergraph format. The firms should have computer-aided drafting and other data entry systems that are compatible with Intergraph IGDS System and format. The firm s may use a system other than Intergraph and have the files translated into Intergraph IGDS files. Firms should be able to perform subsurface investigations such as soils and rock drilling, sampling and testing. The types of drilling would include Standa rd Penetration Testing, undisturbed sampling and vane shear testing on land and offshore; and also offshore vibracoring capability. Laboratory soils testing would also be included. Firms should have the ability to perform Geographic Information Systems t asks using software packages such as ARCVIEW, ARCGIS, ARCINFO developed by Environmental Systems Research Institute and the various extensions required to support hydraulic and coastal engineering analyses, studies, and designs. Evaluation factors in thei r order of importance and points and weights which will be used to score the criteria are as follows: (1) Professional qualifications as described above; (2) Sp ecialized experience and technical competence; (3) Capability to accomplish work in the required time; (4) Computer capability; (5) Past performance; (6) Knowledge of locality; (7) Location of firm; (8) Volume of on-going DoD work; and (9) Subcontracting o f large business to small business and small disadvantaged business, if applicable. Firms desiring consideration shall address the above requested data and submit as described in Note 24 to be received in the office shown above not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. SF-255 in single copy only is required. Include the firm's ACASS nu mber and business size in Block 3 of the SF-255. Firms having a current (less than 12 months) SF-254 on file with the North Pacific Division, Corps of Engineers, Portland, Oregon, need not submit a SF-254 with their SF-255. All Department of Defense cont racts awarded to the firm and all affiliates (except consultants) during the last twelve months, the total dollar value of each award, and point of contact must be listed in Block 10 of the SF-255. Failure to include the aforementioned data will reflect n egatively upon the firm during the evaluation process. An indefinite-delivery-type contract for these services based on firm-fixed unit prices is contemplated with two option years. The total amount of the base year will not exceed $300,000; total contrac t amount including the two option years will not exceed $900,000. This procurement is for full and open competition. This announcement is not a request for proposal. Solicitation packages are not provided. Cover letters from the firm and unnecessarily elaborate brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Telephone calls and personal visits are discouraged. See numbered Note 24.
 
Place of Performance
Address: US Army Corp of Engineers, Charleston - Civil Works 69-A Hagood Avenue, Charleston SC
Zip Code: 29403-5107
Country: US
 
Record
SN00098657-W 20020626/020624213322 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.